SOURCES SOUGHT
D -- RADIO SYSTEM FOR COMMON COMMUNICATION FOR VISITING VEHICLES TO THEINTERNATIONAL SPACE STATION
- Notice Date
- 8/5/2010
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
- ZIP Code
- 00000
- Solicitation Number
- NNJ10ZBG001L
- Response Due
- 8/25/2010
- Archive Date
- 8/5/2011
- Point of Contact
- Kirby L. Condron, Contract Specialist, Phone 281-483-4193, Fax 281-244-2370, Email kirby.l.condron@nasa.gov - Carol S. Neeley, Contracting Officer, Phone 281-244-8568, Fax 281-244-7563, Email carol.neeley-1@nasa.gov
- E-Mail Address
-
Kirby L. Condron
(kirby.l.condron@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/JSC is hereby requesting information about potential suppliers for a radiosystem for two-way communications between the International Space Stations United StatesOn-Orbit Segment and visiting vehicles. General requirements include use of the S-bandfrequency, output and input of signal from a remotely located antenna, a minimum of 10kbps data rate both directions, electronic interface for command, control, and health andstatus data, and transmit and receive capability out to ~30 kilometers.The purpose of this request is to determine the availability and characteristics ofexisting communications equipment that meet the general requirements defined above. Inorder to make this determination, the following information is requested on the availablecommunications equipment: (1) baseband signal processing and encoding capability, (2) allmechanical, electrical, and data and control interfaces, (3) dimensions and weight, (4)heat dissipation requirements, (5) transmit power and adjustment capability, (6) datarate versus range, (7) command and control capability, (8) environments in which unit hasbeen deployed and is certified to operate,(9) radiation tolerance, (10) encryptioncapability, (11) availability (i.e., time for delivery after receipt of order assuming nomodifications to the existing design), (12) demonstrated and calculated reliability, (13)quantity delivered to date and the customers for those units, and (14) if a unit is underdevelopment, the schedule for completion and the customer for that developmentNo solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Vendors having the capabilities necessary to meet or exceed the stated requirements areinvited to submit appropriate documentation, literature, brochures, and references.Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Kirby Condron no later than August25, 2010. Please reference NNJ10ZBG001L in any response. Any referenced notes may beviewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10ZBG001L/listing.html)
- Record
- SN02230005-W 20100807/100805235219-ec021b6edbfa29e0c925a214798ceb6f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |